Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 26,1999 PSA#2311

NASA/Langley Research Center, Mail Stop 144, Industry Assistance Office, Hampton, VA 23681-0001

99 -- FOOD AND LODGING SOL 1-011-ADC.4155 DUE 040799 POC Marie W. Hamann, Purchasing Agent, Phone (757) 864-2258, Fax (757) 864-7709, Email m.w.hamann@larc.nasa.gov WEB: Click here for the latest information about this notice, http://nais.nasa.gov/EPS/LaRC/date.html#1-011-ADC.4155. E-MAIL: Marie W. Hamann, m.w.hamann@larc.nasa.gov. NASA/LaRC plans to issue a Request for Quote (RFQ) for FOOD AND LODGING FOR TWO CLASSES TO BE HELD MAY 2-7, 1999. Statement of Work: NASA Langley Research Center (LaRC), Employee Development Branch (EDB) has been requested by NASA Headquarters, Code FT, to provide training facilities and support services in the Hampton Roads area for the four attached APPL courses. * The vendor shall have handicap access to their sleeping, training, eating, and recreation areas and an inter-hotel close circuit TV monitors and home system for the advertisement/announcement of training changes and/or information. The vendor shall provide training facilities that have retractable screens, fixed projection devices (video/audio control center) in the ceiling or wall, cushion, armed, adjustable, with rollers chairs, internet connections, satellite up/down links 2, telephone links, and tables of various sizes (width and length) and shapes (oblong, circular, etc.). These training facilities must be available exclusively for NASA between 7:30 a.m. and 10 p.m. They must be able to be secured and the key/combination given to the instructor (NASA representative). These training facility spaces must be able to accommodate the number of course/workshop participants, guests, and instructor/speakers and have the flexibility for various course/workshop layouts (i.e. classroom, lecture, etc.) (All training facility requirements for each FY 99/FY 00 course/workshop are identified in attachment B). * The vendor shall provide a secure storage area should be "climate controlled," at least 10.5 x 10.5 ft. in size and at least have 8 ft. ceiling. This space will be used to store audio visual and computer equipment, classroom materials, easels, books, handouts, boxes for mailing, etc. Office space shall also be available to accommodate at least two instructors, have at least four telephone lines, two speaker/data port telephones, internet connections, chairs, and working surfaces for the instructors to perform computer/course activities and conduct small group meetings. The vendor shall have within the building of the training facilities a business center. This business center should accept government credit cards and provide on a "need basis" the rental of computer/audio/visual equipment and support personal, printing services (please see amenities in attachment A for further explanation), clerical support and computer center. * The vendor shall provide private sleeping rooms and a social room. The sleeping room at a minimum shall have (double beds, private bathroom with hair dryer, television and radio, telephone with data port and message service, refrigerator and coffeepot) for the number of course/workshop participants, guests, and instructors/speakers as specified in attachment B. The social room shall be able to accommodate the course participants, instructors and guests, within the same building as the participant sleeping rooms or the same section of the building as the participant sleeping rooms. Should also have a refrigerator, microwave, access to a ice machine, "big screen" TV, comfortable lounge furniture, table and chairs for board game activities, at least 2 telephones with speaker and data port. * The vendor shall provide a dining facility (NEAR THE TRAINING FACILITIES): within walking distance of the training facility and provide three meals per each full training session (at a minimum 7:00 a.m. to 6 p.m.) two meals per each half training session (7:00 a.m. to 12 noon or 12 noon to 6 p.m. and one meal for any partial training session (arrival after 1 p.m., but before 5 p.m., and a.m. (8:30 11:30 a.m.) and p.m. (1:30 5:30 p.m.) snacks. The food for the 3, 2, or 1 meal training sessions should be breakfast, lunch and dinner as reflected on the training schedule. These meals can be a buffet or plated, but the menu must reflect the participant dietary requirements and be approved by the course/workshop point of contact one-week of course start date. Snacks shall cover the beverages and foods that the contractor usually covers for similar events. The cost for these snacks shall not exceed $3.50/participant/day for both snacks. Quotation: The vendor shall provide separate quotation within a total fixed price on a per-person rate, for both residency and day students (this should take in to consideration the in-season/off-season per diem rate fluctuations), A/V rental costs and support service costs for all goods and services described herein. The vendor s quotation shall include a description of the facility s location, physical layout, property amenities (please complete the attached list) overall setting, menus for attendees (must be able to accommodate special dietary requests), proposed morning and evening break refreshments, conference facility description, and (audio/visual etc.). The vendor shall state the validity of the quote; rates, advanced notice of reservation, cancellation policies, and any other pertinent information. Statement of Work: NASA Langley Research Center has a requirement for a local (Hampton Roads area) hotel that has a business center to provide, sleeping accommodations, eating facilities, meeting space and support training services (audio/visual (A/V) equipment, copying facility, etc.) for the Task Management (27) training session. This session will be held from May 2 to May 7, 1999. Check in will be on May 2. On May 3 through May 7, the training/meeting facilities should be available as follows: May 3 -- 8:00 a.m. to 9:00 p.m. May 4 -- 8:00 a.m. to 9:00 p.m. May 5 -- 8:00 a.m. to 9:00 p.m. May 6 -- 8:00 a.m. to 9:00 p.m. May 7 -- 8:00 a.m. to 1:00 p.m. The course will be in session for 5 consecutive days at this location. The vendor shall provide facilities and service for approximately 35 participants (participants will arrive on May 2 between the hours of 3:00 P.M. 5:00 P.M.). All participants will need sleeping rooms through May 6 and eating facilities through May 7. The facilities and services must include private sleeping rooms (at a minimum: a double bed, private bathroom, television, radio, and telephone). All meals can be buffet, off the menu, chef choice, etc. The dinner meal on May 4th or 5th should be at a "off-site" eatery. The cost of this "off-site" eatery will be covered within the daily per diem meal rate. There should be AM and PM snacks. These snacks shall cover the usual beverages and foods that the contractor usually covers for similar events. The cost of these snacks shall not exceed $3.50/participant/day for both snacks. * For a full training day session, conference rooms are needed to accommodate 35 participants in the attached class set-up. For other equipment and room layout also, see attached. A supply table, a chair, a projection screen, an overhead (transparency) projector, and two flipcharts at the front of the room. Three breakout rooms are also required. Award: The resulting purchase order will be awarded based on best value -- price, location to the center, guest facilities, and property amenities such as advanced reservation and/or cancellation policies, business center services, etc. Statement of Work: NASA Langley Research Center has a requirement for a local (Hampton Roads area) hotel that has a business center to provide, sleeping accommodations, eating facilities, meeting space and support training services (audio/visual (A/V) equipment, copying facility, etc.) for the Strategic Business Management training session. This session will be held from May 2 to May 7, 1999. Check in will be on May 2. On May 3 through May 7, the training/meeting facilities should be available as follows: May 2 -12 noon to 11:00 p.m. May 3 -- 8:00 a.m. to 11:00 p.m. May 4 -- 8:00 a.m. to 11:00 p.m. May 5 -- 8:00 a.m. to 11:00 p.m. May 6 -- 8:00 a.m. to 11:00 p.m. May 7 -- 8:00 a.m. to 3:00 p.m. The course will be in session for 6 consecutive days at this location. The vendor shall provide facilities and service for approximately 30 participants (participants will arrive on May 2 between the hours of 8:00 A.M. 10:00 A.M.). All participants will need sleeping rooms through May 6 and eating facilities through May 7. The facilities and services must include private sleeping rooms (at a minimum: a double bed, private bathroom, television, radio, and telephone). Breakfast, Monday Friday from 7:00 a.m. to 8:00 a.m. (buffet style). All meals can be buffet, off the menu, chef choice, etc. The dinner meal on May 6th should be at a "off-site" eatery. The cost of this "off-site" eatery will be covered within the daily per diem meal rate. There should be AM and PM snacks. These snacks shall cover the usual beverages and foods that the contractor usually covers for similar events. The cost of these snacks shall not exceed $3.50/participant/day for both snacks. * For a full training day session, conference rooms are needed to accommodate 30 participants in the attached class set-up. For other equipment and room layout also, see attached. A supply table, a chair, a projection screen, an overhead (transparency) projector, and two flipcharts shall be provided at the front of the room. Three breakout rooms are also required. Award: The resulting purchase order will be awarded based on best value -- price, location to the center, guest facilities, and property amenities such as advanced reservation and/or cancellation policies, business center services, etc. This procurement is being conducted under the Simplified Acquisition Procedures (SAP). The Government intends to acquire a commercial item using FAR PART 12. The SIC Code and Size Standard are 7011 and $5M, respectively. The DPAS Rating for this procurement is DO-C9. The anticipated release date of RFQ is on or about APRIL 5, 1999 with an anticipated quote due date of on or about APRIL 9, 1999. All qualified responsible sources may submit a quote which shall be considered by the agency. An ombudsman has been appointed -- See Internet Note "B". The solicitation and any documents related to this procurement will be available over the Internet. These documents will be in Microsoft Office Suite (Word 6.0, Excel 5.0, or PowerPoint 4.0) format and will resideon a World Wide Web (WWW) server, which may be accessed using a WWW browser application. The WWW address, or URL of the NASA/LaRC Business Opportunities home page is http://procurement.nasa.gov/EPS/LaRC/class.html Prospective offerors shall notify this office of their intent to submit an offer. It is the offeror's responsibility to monitor this site and/or CBD for the release of the solicitation and amendments (if any). Potential quoters will be responsible for downloading their own copy of the solicitation and amendments (if any). Any referenced notes can be viewed at the following URL: http://cbdnet.access.gpo.gov/num-note.html and http://genesis.gsfc.nasa.gov/nasanote.html Posted 03/24/99 (D-SN312080). (0083)

Loren Data Corp. http://www.ld.com (SYN# 0336 19990326\99-0011.SOL)


99 - Miscellaneous Index Page